OPI Testing and Reporting
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, specifically W6QM MICC-FDO FT EUSTIS, is soliciting proposals for Oral Proficiency Interview (OPI) Testing and Reporting Services for the Defense Language Institute (DLI). This is an Unrestricted Single Award Indefinite Quantity (IDIQ) contract. The government intends to award based on a Best Value Trade-Off, with Past Performance being the most important factor. Proposals are due February 13, 2026, at 10:00 AM EDT.
Scope of Work
This non-personal services contract requires the provision of all personnel, equipment, supplies, and services necessary to perform OPI Testing. Key requirements include:
- Tier 1, Tier 2, and Tier 3 Oral Proficiency Interviews for up to 110 languages (estimated 19,150 OPIs annually).
- English Translation services and Inferred Listening Scores (ILS).
- Alternative OPIs, Norming Summits, No Shows-OPI Testing, Minor Mod Test Tracking, and Quality Control Ratings.
- Development and validation of test prompts and role-plays.
- Maintenance of a secure interface for OPI request submission, scheduling, and score reporting.
Contract Details
- Contract Type: Single Award Indefinite Quantity (IDIQ).
- Period of Performance: Orders may be issued from May 18, 2026, through May 17, 2033, with a total contract duration not exceeding 90 months (7.5 years).
- Place of Performance: OPIs are conducted telephonically from anywhere within CONUS, Alaska, Hawaii, and U.S. territories or pre-approved countries. Testers work from their own locations, while examinees are at government-approved sites. The administrative location is Monterey, CA.
- Order Limitations: Maximum order for a single item is $3,000,000.00; for a combination of items, $6,000,000.00.
- NAICS Code: 611710 (Other Education And Training Services).
Submission & Evaluation
- Proposal Due Date: February 13, 2026, at 10:00 AM EDT.
- Submission Method: Electronic submission via email ONLY to Mr. Edward Wojtan (Contracting Officer) and Mr. Jayson Dillard (Contract Specialist). Emails must be under 20 MB, not in Zip format, and virus-checked.
- Questions Deadline: January 22, 2026, at 10:00 AM EDT.
- Proposal Organization: Six volumes are required: General, Past Performance, Technical Capability, Small Business Participation, Price Proposal, and Solicitation Compliance Documents. Strict page limits apply.
- Evaluation Factors (Best Value Trade-Off):
- Past Performance: Most important, evaluated for recency (within 3 years, at least 6 months duration) and relevancy.
- Technical Capability: Evaluated as Acceptable/Unacceptable.
- Small Business Participation: Minimum Quantitative Requirement (MQR) is 20% of the Total Contract Value.
- Price: Least important, evaluated for fairness, reasonableness, balance, and completeness.
- Eligibility: Proposals must receive an "Acceptable" rating in all non-price factors. Offerors other than small businesses must submit an acceptable Small Business Subcontracting Plan. A HUBZone Price Evaluation Preference is noted.
Key Clarifications & Notes
- Tester Certification: Vendors are responsible for certifying their own testers to meet the Interagency Language Roundtable (ILR) standard.
- Organizational Conflict of Interest (OCI): A vendor providing language instruction to DLI students is considered an unresolvable OCI if testing their own students.
- Phase-In/Phase-Out: The 60-day phase-in/phase-out period has been removed; contractors must have full capability at service start.
- Pricing: Attachment 2 (Contract Price Summary) provides estimated costs for CLINs and serves as a template for cost proposals.
- Past Performance Questionnaire (PAQ): Offerors must identify relevant POCs for PAQ submission, due by February 13, 2026, or 15 days after receipt.
Contact Information
- Primary: Jayson Dillard (jayson.l.dillard.civ@army.mil)
- Secondary: Edward WojtanIII (edward.w.wojtan2.Civ@army.mil)